Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOURCES SOUGHT

A -- Request for Information: Low Leakage Valve Development Program

Notice Date
5/23/2023 12:00:42 PM
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
 
ZIP Code
35812
 
Solicitation Number
80MSFCLLV-RFI
 
Response Due
6/2/2023 10:00:00 AM
 
Archive Date
06/02/2023
 
Point of Contact
Alfreda D. Zackery, Phone: 2569617026, Joshua Wilbourn, Phone: 2569617026
 
E-Mail Address
alfreda.d.zackery@nasa.gov, joshua.w.wilbourn@nasa.gov
(alfreda.d.zackery@nasa.gov, joshua.w.wilbourn@nasa.gov)
 
Description
NASA/MSFC is hereby soliciting information from potential sources for the Low Leakage Valves Development and Test Program. The National Aeronautics and Space Administration (NASA)/MSFC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Low Leakage Valves Development and Test Program.�� The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service is abled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. Product Description: NAICS Code: 336415 - Design, develop, fabricate, and perform associated testing for multiple valve designs. These valves include a liquid hydrogen isolation valve roughly 3� in size; a liquid hydrogen isolation pre-valve roughly 8� in size; a piloted, liquid hydrogen tank vent and relief valve roughly 3� in size. Should a future procurement action result, it is anticipated the base period includes all activities up to Critical Design Review and last from Authority To Proceed (ATP) + 9 months. Option 1 for each valves includes fabrication and test of a development unit and runs from the completion of CDR +12 months. All personnel, facilities, equipment, material, supplies, and services, and activities necessary, or incident to successfully executing the full range of activities required to perform the entire scope of work shall be required as part of any resulting effort. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 15 pages (contractor format is acceptable) indicating the ability to perform all aspects of the effort. The contractor capability statement shall: provide feedback on the feasibility of creating a design to meet tight leakage requirements (up to 100 scim GHe at LH2 temperatures and maximum expected operating pressures on the order of 100 psig; goal of 1 scim), state the biggest technical challenges to delivering cryogenic valves with such low leakage rates, consider using the seat technology created by MSFC or would they start with their own, in-house seat technology, state if the contractor will require use of NASA facilities or resources, and state if the contractor will be submitting a proposal for the vent and relief valve, pre-valve, the hydrogen isolation valve or a combination thereof. submit a rough order of magnitude, and a schedule (please indicate whether there are long lead material/equipment procurements required, if necessary). identify the type of contract for this effort. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.� � �� All responses shall be submitted electronically via email to Alfreda Zackery at alfreda.d.zackery@nasa.gov or Joshua Wilbourn at joshua.w.wilbour@nasa.gov no later than May 31, 2023, close of business CDT.� Please reference 80MSFCLLV-RFI in any response.� This request is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results.� NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response. Amendment 1 - This amendment is to change the response date above from May 31, 2023 to June 2, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92b6f75974534b48a41b852f62c08c0f/view)
 
Place of Performance
Address: Huntsville, AL 35810, USA
Zip Code: 35810
Country: USA
 
Record
SN06692203-F 20230525/230523230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.